SOLICITATION NOTICE
J -- SOLE SOURCE – MULTI-MODE IMAGING SYSTEM MX-20 INCLUDING TURRETS, DIGITAL MASER CONTROL UNITS, HAND CONTROL UNITS/JOYSTICKS, LASER BORESIGHT MODULES, COMPONENT SPARES AND REPARTS, SUPPORT EQUIPMENT
- Notice Date
- 4/11/2016
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016416RJQ69
- Archive Date
- 7/11/2016
- Point of Contact
- Jeannie Cummins, Phone: 812-854-5993
- E-Mail Address
-
jeannie.cummins@navy.mil
(jeannie.cummins@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-R-JQ69 - SOLE SOURCE - MULTI-MODE IMAGING SYSTEM MX-20 INCLUDING TURRETS, DIGITAL MASER CONTROL UNITS, HAND CONTROL UNITS/JOYSTICKS, LASER BORESIGHT MODULES, COMPONENT SPARES AND REPARTS, SUPPORT EQUIPMENT - FSC J016 - NAICS 334511 Anticipated Issue Date: 26 April 2016 - Anticipated Closing Date: 26 May 2016 - 2:00 PM EST SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to award a five-year, Firm-Fixed-Price, Basic Ordering Agreement (BOA) for MX-20 Sensor Systems, including Turrets, Digital Master Control Units, Hand Control Units/Joysticks, Laser Boresight Modules, component spares and repair parts, support equipment; MX accessory equipment items; source technical data; failure data and upgrades and product improvements. Services required are program support, engineering and logistics support, phone, e-mail support, repairs, upgrades, integration support, training, and field support representative (FSR) support including support of embedded system software/firmware, and integrated product support. The FOB point shall be FOB destination: NSWC Crane. Inspection and acceptance will be at Destination. Job Orders shall be within scope, issued within ordering period, and be within the maximum total dollar value of approximately $10,000,000 over a five-year period. Delivery date for the MX-20 Sensor System shall be within 270 days after award and services will be 365 days per Job Order for services. The proposed contract action is for the supplies and services for which the Government intends to solicit and negotiate with one source, the Canadian Commercial Corporation (CCC), North Atlantic Treaty Organization (NATO) Commercial and Government entity, 1005 subcontracted to the Original Equipment Manufacturer (OEM) L-3 Communication WescamTM, 649 North Service Road, Burlington, Ontario, L7P 5B9, under authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)). The basis for restricting competition is the lack of sufficient technical data and duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The duplicative cost and delay necessitated are from integration and regression testing costs of the MX-20 which includes reverse engineering the MX-20 and develop specifications, soliciting competitive offers and awarding to an alternate source would be a minimum of two (2) years for development, production, system integration and operational test verification. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Companies interested in subcontracting opportunities should contact L-3 Communication WescamTM directly. The proposed contract action will use written solicitation procedures in accordance with FAR part 12 for the anticipated award of this sole source acquisition. The anticipated contract award date is fourth quarter fiscal sixteen (16). The anticipated solicitation and attachments will be made available through FedBizOps. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The solicitation attachments will be posted to the FBO website concurrently with the solicitation. The Contractor must be properly registered in the Government System for Award Management database (SAM) in order to receive the solicitation attachments. To be eligible for award, contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. The point of contact at NSWC Crane is Ms. Jeannie Cummins, Code 0231, at telephone 812 854 5993, Fax 812 854 5364 or e-mail: jeannie.cummins@navy.mil. The mailing address is: Ms. Jeannie Cummins, Code 0231, Bldg. 3373 Room 223C139, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416RJQ69/listing.html)
- Record
- SN04080130-W 20160413/160411234607-b101b127f17782cba009c34bb6403407 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |